Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2012 FBO #3904
SOLICITATION NOTICE

68 -- Purchase of polyphenol 13C- labeled internal standards

Notice Date
7/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2012-Q-14832
 
Archive Date
8/25/2012
 
Point of Contact
Vallerie M Redd, Phone: 770-488-2845
 
E-Mail Address
gfj3@cdc.gov
(gfj3@cdc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SUBJECT: Purchase of Polyphenol 13C- labeled internal standards SOLICITATION NUMBER: 2012-Q-14832 RESPONSE DUE DATE/TIME: 10 August 2012/ Before 4:30 pm (1630) EASTERN TIME SECTION A - DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. The associated North American Industrial Classification System (NAICS) code for this procurement is 325199 - All Other Basic Organic Chemical Manufacturing with a Standard Size of 1,000 employees. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. This is a RFQ for the procurement of polyphenol 13C - labeled internal standards. The CDC's Division of Laboratory Sciences (DLS) is in the process of developing a biomonitoring method for measuring various polyphenols and phenolic acids in urine specimens using high-performance liquid chromatography - tandem mass spectrometry (HPLC-MS/MS) to be used for NHANES and other biomonitoring studies of high public health signifance. In order to achieve this goal, stable isotope labeled standards are an essential requirement to ensure that the analysis method will have the high degree of accuracy and precision required of population biomonitoring measurements. Because stable isotope labeled standards of polyphenols are not typically commercially available, these compounds will have to be synthesized on a custom basis. The Government intends to award a Firm Fixed-Price contract as a result of this solicitation that will include the terms and conditions that are set forth herein. SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS B.1. DESCRIPTION OF SUPPLIES & SERVICES CLIN SUPPLIES/SERVICES QTY/UNIT UNIT PRICE EXTENDED PRICE 0001 13-C-3 Quercetin Synthesis, characterization, purity testing, and delivery of 10 mg of 13-C-3 labeled quercetin (=98% isotopic purity, =97% chemical purity) with complete documentation of characterization and purity claims 1 EA 0002 13-C-3 Kaempferol Synthesis, characterization, purity testing, and delivery of 10 mg of 13-C-3 labeled kaempferol (=98% isotopic purity, =97% chemical purity) with complete documentation of characterization and purity claims 1 EA 0003 13-C-3 Myricetin Synthesis, characterization, purity testing, and delivery of 10 mg of 13-C-3 labeled kaempferol (=98% isotopic purity, =97% chemical purity) with complete documentation of characterization and purity claims 1 EA 0004 Shipping Fee to the CDC's Distribution Warehouse at 3719 North Peachtree Road; Chamblee, Georgia, 30341. 1 EA TOTAL AGGREGATE AMOUNT (CLINS 0001 THRU 0004): $ SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C.1 Background and Need Polyphenols and phenolic acids are naturally occurring compounds found in various foods. They are widely believed to act as antioxidants and diets rich in these compounds are believed to have many other health benefits related to the prevention of various chronic diseases. The Division of Laboratory Sciences, Nutritional Biomarkers Branch (NBB) is in the process of developing a biomonitoring method for measuring various polyphenols and phenolic acids in urine specimens using high-performance liquid chromatography - tandem mass spectrometry (HPLC-MS/MS) to be used for NHANES and other biomonitoring studies of high public health significance. In order to achieve this goal, stable isotope labeled standards are an essential requirement to ensure that the analysis method will have the high degree of accuracy and precision required of population biomonitoring measurements. Because stable isotope labeled standards of polyphenols are not typically commercially available, these compounds will have to be synthesized on a custom basis. C.2 Project Objectives The purpose of this supply request is to identify a company that will synthesize the below specified stable isotope labeled polyphenols. C.3 Scope of Work Independently, and not as an agent of the government, the contractor will furnish all the necessary personnel, facilities, supplies, equipment and logistics required to provide stable isotope labeled compounds according to the descriptions, specifications and conditions outlined in the sections that follow. C.4 Technical Requirements a. Summary of tasks or phases For each stable isotope labeled polyphenol named below, the contractor will: • synthesize the compound according to the specifications given; • characterize the product to ensure that correct chemical structure was obtained; • provide testing evidence confirming the chemical structure; • assess the chemical purity of the compound to ensure that the stated minimum chemical purity requirements have been satisfied; • assess the isotopic purity of the compound to ensure that the stated minimum isotopic purity requirements have been satisfied; • provide testing evidence confirming the chemical and isotopic purity requirements have been satisfied; and • deliver the specified amount of characterized compound of minimum chemical and isotopic purity within the timeframe specified. b. Description of tasks or phases The following contract specifics are required: i. Quercetin-[13C3]: 1. Synthesize 2-(3,4-dihydroxyphenyl)-3,5,7-trihydroxy-4H-chromen-4-one-[2,3,4-13C3]; 2. Characterize the product to ensure that the structure is correct, the percent isotopic purity is ≥98% and chemical purity is ≥97%; and 3. Deliver 10 milligrams (mg) of myricetin-[13C3] as specified above within 16 weeks of initiation, accompanied with a copy of the testing results to support the characterization of the compound's structure, and isotopic and chemical purities ii. Kaempferol-[13C3]: 1. Synthesize 3,5,7-trihydroxy-2-(4-hydroxyphenyl)chromen-4-one [2,3,4-13C3]; 2. Characterize the product to ensure that the structure is correct, the percent isotopic purity is ≥98% and chemical purity is ≥97%; and 3. Deliver 10 milligrams (mg) of myricetin-[13C3] as specified above within 16 weeks of initiation, accompanied with a copy of the testing results to support the characterization of the compound's structure, and isotopic and chemical purities iii. Myricetin -[13C3]: 1. Synthesize 3,5,7-trihydroxy-2-(3,4,5-trihydroxyphenyl)chromen-4-one [2,3,4-13C3]; 2. Characterize the product to ensure that the structure is correct, the percent isotopic purity is ≥98% and chemical purity is ≥97%; and 3. Deliver 10 milligrams (mg) of myricetin-[13C3] as specified above within 16 weeks of initiation, accompanied with a copy of the testing results to support the characterization of the compound's structure, and isotopic and chemical purities. C.5 Reporting Schedule Not applicable. C.6 Special Considerations a. Contractor qualifications The contractor must have the following qualifications: • prior knowledge and experience in synthesizing stable isotope labeled standard compounds; • qualified and well-trained scientific and technical staff; • able to provide expert technical assistance pertaining to the synthesis and analytical questions regarding these compounds; and • excellent written and oral communication skills in the English language. b. Task performance These syntheses must be carried out by the company contracted (i.e., the company contracted should not acquire them from another source and simply resell them to the government) to ensure that they are of known quality and integrity. c. Variations in position and number of 13C stable isotope labels The position and number of 13C atoms has been proposed and is the preferred for each requested compound. However, contractors are welcome to propose an alternative stable isotope labeling scheme for each compound provided that the proposed compound would still be fit for use as an internal standard in LC-MS/MS analyses. In the case of alternative proposals, the following will apply: • a concise narrative clearly explaining why an alternative to the position and/or number of 13C stable isotope labels is proposed must be provided; • each compound must have a minimum of three (3), covalent, non-labile 13C labels; labeling with stable isotopes other than 13C (e.g., 2H) will not be accepted; and • all other stated requirements, including (but not limited to) minimum quantities, confirmation of chemical structure, isotopic and chemical purity, documentation and delivery schedule must still be satisfied by the alternative proposal. d. Other pertinent information We have received reports from a contractor previously tasked with synthesizing these compounds that the use of 3,3-dimethyldioxirane (DMDO) (e.g. Horie T. et al., Chem. Pharm. Bull., 45, 446, 1997) and 2,3-Dichloro-5,6-dicyano-1,4-benzoquinone (DDQ) (e.g. Rao Y.K. et al., Bioorg. Med. Chem., 13, 6850, 2005) in introducing the ring hydroxyl group of the flavanol was unsuccessful. We cannot say with absolute certainty that the use of these oxidation compounds by others will yield the same unsuccessful result. However, we disclose this information as a cautionary note to all potential proposals and strongly suggest that interested parties carefully consider this information and possibly test these procedures before committing their use to a proposal. C.7 Government Furnished Property Not applicable. C.8 References Not applicable. Deliverables i. 10 milligrams (mg) of Quercetin-[13C3] within 16 weeks of initiation. ii. 10 milligrams (mg) of Kaempferol-[13C3] within 16 weeks of initiation. iii. 10 milligrams (mg) of Myricetin -[13C3] within 16 weeks of initiation. SECTION D - PACKING, MARKING AND SHIPPING D.1. All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and contractor name. D.2. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. SECTION E - INSPECTION AND ACCEPTANCE E.1. The Project Officer will perform inspection and acceptance of the delivered supplies. E.2. Inspection and acceptance will be performed at the delivery location identified below. Acceptance is communicated in writing unless otherwise indicated in writing by the Contracting Officer or the Project Officer within 15 days of receipt. SECTION F - DELIVERIES OR PERFORMANCE F.1. DELIVERIES F.1.1. DELIVERY DATE: ON OR BEFORE: 12/31/2012 F.1.2. DELIVERY LOCATION All Deliveries will be made to: CDC Distribution Center (Warehouse) 3719 North Peachtree Road Chamblee, Georgia 30341-2221 F.1.3 F.O.B. POINT Destination F.2. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2 (FEB 1998) F.2.1. This contract incorporates the following clause(s) by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/comp/far/index.html. F.2.2. FAR 52.247-35, F.O.B. Destination Within Consignees Premises (April 1984) SECTION G - CONTRACT ADMINISTRATION DATA G.1. GOVERNMENT REPRESENTATIVES G.1.1. Contracting Officer (CO) (Jul 1999) The Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds. No person other than the Contracting Officer can make any changes to the terms, conditions, general provisions, or other stipulations of this contract. No information, other than that which may be contained in an authorized modification to this contract, duly issued by the Contracting Officer, which may be received from any person employed by the United States Government, or otherwise, shall be considered grounds for deviation from any stipulation of this contract. (End of Clause) G.2. INVOICE SUBMISSION G.2.1. Payment by Electronic Funds Transfer (Dec 2005) (a) The Government shall use electronic funds transfer to the maximum extent possible when making payments under this contract. FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, in Section I, requires the contractor to designate in writing a financial institution for receipt of electronic funds transfer payments. (b) In addition to Central Contractor Registration, the contractor shall make the designation by submitting the form titled "ACH Vendor/Miscellaneous Payment Enrollment Form" to the address indicated below. Note: The form is either attached to this contract (see Section L - List of Attachments) or may be obtained by contacting the Contracting Officer or the CDC Financial Management Office at (404) 718-8100. (c) In cases where the contractor has previously provided such designation, i.e., pursuant to a prior contract/order, and been enrolled in the program, the form is not required unless the designated financial institution has changed. (d) The completed form shall be mailed after award, but no later than 14 calendar days before an invoice is submitted, to the following address: The Centers for Disease Control and Prevention Financial Management Office (FMO) P.O. Box 15580 Atlanta, GA 30333 Or - Fax copy to: 404-638-5342 (End of Clause) G2.2. CDCAG001 - Invoice Submission (Mar 2006) (a) The Contractor may submit the original invoice/voucher via email: Email: FMOAPINV@CDC.GOV FINANCIAL MANAGEMENT OFFICE Email: GFJ3@CDC.GOV CONTRACTING OFFICER Email: SZR8@CDC.GOV PROJECT OFFICER (c) In accordance with 5 CFR part 1315 (Prompt Payment), CDC's Financial Management Office is the designated billing office for the purpose of determining the payment due date under FAR 32.904. (d) The Contractor shall include (as a minimum) the following information on each invoice: (1) Contractor's Name & Address (2) Contractor's Tax Identification Number (TIN) (3) Purchase Order/Contract Number and Task Order Number, if Appropriate (4) Invoice Number (5) Invoice Date (6) Contract Line Item Number and Description of Item (7) Quantity (8) Unit Price & Extended Amount for each line item (9) Shipping and Payment Terms (10) Total Amount of Invoice (11) Name, title and telephone number of person to be notified in the event of a defective invoice (12) Payment Address, if different from the information in (c)(1). (13) DUNS + 4 Number (End of Clause) SECTION H - SPECIAL CONTRACT REQUIREMENTS Not Applicable SECTION I - CONTRACT CLAUSES I.1. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2(FEB 1998) I.1.1. This contract incorporates the following clause(s) by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/comp/far/index.html. I.1.2. 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012) I.1.3. 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) I.1.4 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs (Feb 2012): 52.203-5 Covenant Against Contingent Fees (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.203-7 Anti-Kickback Procedures (Jul 1995) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-54 Employment Eligibility Verification (Jan 2009) 52.225-1 Buy American Act-Supplies (Nov 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003) 52.233-2 Service of Protest (Sep 2006) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.243-1 Changes-Fixed Price (Aug 1987) I.1.7. 352.202-1 Definitions (Jan 2006) I.1.8. 352.203-70 Anti-lobbying (Jan 2006) I.1.9. 352.222-70 Contactor Cooperation in Equal Employment Opportunity Investigations (2010) I.1.10. 352.223-70 Safety and Health (Jan 2006) I.1.11. 352.239-70 Standard for Security Configurations (Jan 2010) I.1.12. 352.239-71 Standard for Encryption Language (Jan 2010) I.1.13. 352.239-72 Security Requirements for Federal Information Technology Resources (Jan 2010) I.1.14. 352.242-71 Tobacco-free Facilities (Jan 2006)= SECTION J - LIST OF ATTACHMENTS • N/A SECTION K - REPRESENTATION, CERTIFICATIONS AND OTHER STATEMENT OF OFFERORS K.1 Offer shall include a completed copy of the provision at FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items (See Section I). SECTION L - INSTRUCTIONS TO THE OFFERORS L.1. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-1(FEB 1998) L.1.1. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/comp/far/index.html. L.1.2. FAR clause, 52.212-1 Solicitation Provisions Incorporated by Reference (Feb 1998); [NAICS Code: 334516] L.1.3. The quote shall be submitted electronically via e-mail to the Contracting Officer at gfj3@cdc.gov before 4:30 pm (1630) EASTERN TIME on 10 August 2012. L.1.4. QUESTIONS DEADLINE: All questions shall be received by email (gfj3@cdc.gov) before 4:30 pm (1630) EASTERN TIME on 3 August 2012. L.1.5. All email responses to this notice must identify the RFQ# in the subject line of the email. L.1.6. FAXED OR MAILED PROPOSALS AND/OR QUESTIONS WILL NOT BE CONSIDERED. SECTION M - CRITERIA FOR AWARD M.1. AWARD: A. Evaluation Criteria The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest overall priced technically acceptable offer. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The Government will evaluate proposals using the following criteria listed in descending order of importance: 1. Technical and Scientific Approach 50 Points 2. Facilities and Equipment 30 Points 3. Delivery Schedule 20 Points B. Technical Evaluation Criteria Technical proposal is limited to 10 pages and should be submitted electronically. 1. Technical and Scientific Approach (50 Points) Document technical and scientific approach for providing the services required. Provide technical and scientific methods, to achieve the required synthetic yield for each compound. Provide the process that would be appropriate to achieve the isotopic purity, chemical purity, and number & position of carbon-13 labels while meeting the following specifications for the synthesis of the following polyphenol standard compounds labeled with carbon-13: Quercetin-[13C3]: 2-(3,4-dihydroxyphenyl)-3,5,7-trihydroxy-4H-chromen-4-one-[2,3,4-13C3]; Kaempferol-[13C3]: 3,5,7-trihydroxy-2-(4-hydroxyphenyl)chromen-4-one [2,3,4-13C3]; Myricetin -[13C3]: 3,5,7-trihydroxy-2-(3,4,5-trihydroxyphenyl)chromen-4-one [2,3,4-13C3]; 1. Isotopic Purity: The minimum acceptable isotopic purity level for each compound is given below: 1.1- Characterize Quercetin-[13C3] to ensure that the structure is correct as specified above and the isotopic purity is ≥98% verified using mass spectrometry. 1.2- Characterize Kaempferol -[13C3] to ensure that the structure is correct as specified above and the isotopic purity is ≥98% verified using mass spectrometry. 1.3- Characterize Myricetin -[13C3] to ensure that the structure is correct as specified above and the isotopic purity is ≥98% verified using mass spectrometry. 2. Chemical Purity: The minimum acceptable chemical purity level for each compound is given below: 2.1- Characterize Quercetin-[13C3] to ensure that the structure is correct as specified above and the chemical purity is ≥97% based on HPLC-UV comparison against a standard of the unlabeled compound. 2.2- Characterize Kaempferol -[13C3] to ensure that the structure is correct as specified above and the chemical purity is ≥97% based on HPLC-UV comparison against a standard of the unlabeled compound. 2.3- Characterize Myricetin -[13C3] to ensure that the structure is correct as specified above and the chemical purity is ≥97% based on HPLC-UV comparison against a standard of the unlabeled compound. 3. Number and Position of Carbon-13 Labels: 3.1- Carry out custom synthesis of Quercetin-[13C3] with carbon-13 labels in positions as follows: 2-(3,4-dihydroxyphenyl)-3,5,7-trihydroxy-4H-chromen-4-one-[2,3,4-13C3]. Alternative proposals for the number and/or position of the carbon-13 labels will be considered provided that at least three (3) covalent, non-labile carbon-13 labels are used and all other technical requirements are satisfied. 3.2- Carry out custom synthesis of Kaempferol -[13C3] with carbon-13 labels in positions as follows: 3,5,7-trihydroxy-2-(4-hydroxyphenyl)chromen-4-one [2,3,4-13C3]. Alternative proposals for the number and/or position of the carbon-13 labels will be considered provided that at least three (3) covalent, non-labile carbon-13 labels are used and all other technical requirements are satisfied. 3.3- Carry out custom synthesis of Myricetin -[13C3] with carbon-13 labels in positions as follows: 3,5,7-trihydroxy-2-(3,4,5-trihydroxyphenyl)chromen-4-one [2,3,4-13C3]. Alternative proposals for the number and/or position of the carbon-13 labels will be considered provided that at least three (3) covalent, non-labile carbon-13 labels are used and all other technical requirements are satisfied. 2. Facilities and Equipment (30 points) Provide a description of the facilities and equipment available for accomplishment of this requirement. 3. Delivery Schedule (20 points) The contractor must be able to deliver products within 8-10 weeks of initiation. Indicate the capability of your organization to meet these requirements. M.1.1. This is an all or none procurement. Offerors must quote on all or none of the line items. M.1.2. Award will be made to offeror who offers the lowest overall priced technically acceptable offer. M.1.3. CDC intends to make an award soon after the response date of this notice. M.1.4. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2012-Q-14832/listing.html)
 
Place of Performance
Address: CDC facility, United States
 
Record
SN02821958-W 20120802/120801000553-67b38145312570583c21c4c7238bddd5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.